Posting Justification and Approval
ID: Sole-Source-Notice-of-Intent-DT-B-WAQ-MTCSType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source firm-fixed price contract for the procurement of five Mobile Tactical Command Shelters (MTCS) from L3Harris Technologies Inc. This acquisition is critical for enhancing the military command and communication capabilities of Albania, ensuring compatibility with existing L3Harris equipment and avoiding significant operational risks and financial losses estimated at $3.1 million. The contract is justified under the Foreign Military Sales (FMS) Case DT-B-WAQ, citing L3Harris as the only responsible source capable of meeting the specific integration requirements due to proprietary specifications. Interested parties may express their interest and capability to respond to this requirement by August 7, 2024, with delivery expected no later than September 2024. For inquiries, contact Rem D. Ngo at Rem.D.Ngo.civ@army.mil or Aqua M. Jefferson at aqua.m.jefferson.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Contracting Command has justified a procurement action under the Foreign Military Sales (FMS) Case DT-B-WAQ for a Mobile Tactical Command Shelter (MTCS) from L3Harris Global Communications, citing 10 U.S.C. § 3204(a)(1) as the authority for an exclusive source. The contract aims to enhance Albania’s military command and communication capabilities, necessary for integrating existing L3Harris equipment. Awarding this contract by September 30, 2024, is essential to avoid operational risks and financial losses estimated at $3.1 million due to potential reengineering and integration efforts with a different supplier. Market research confirmed that L3Harris is the only responsible source capable of meeting Albania’s specific integration requirements due to proprietary engineering specifications. While efforts for broader competition will be made for future needs, the nature of the integration with existing systems limits options. The planned approach includes a notice on SAM.gov and a requirement for L3Harris to incorporate subcontracting opportunities for small businesses, monitored via the Electronic Subcontracting Reporting System. The justification underlines L3Harris's ability to ensure consistency, reliability, and minimal risks of operational disruptions for the Albanian armed forces.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SOURCES SOUGHT FOR TACTICAL COMMUNICATION EQUIPMENT, ANCILLARY & SPARE PARTS, & RELATED SERVICES FOR FMS CASES
    Active
    Dept Of Defense
    The U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is conducting a sources sought notice to identify vendors capable of supplying tactical communication equipment, including ancillary parts and related services, for Foreign Military Sales (FMS) cases. The procurement aims to secure a comprehensive tactical IP communication solution that encompasses High Frequency (HF), Very High Frequency (VHF), and Ultra High Frequency (UHF) radios, along with installation kits and operational training, specifically for a Mechanized Infantry Brigade. These communication systems are critical for ensuring interoperability among allied forces and supporting operational missions in austere environments, particularly within the USCENTCOM area of responsibility. Interested vendors should submit their company information, past performance details, and specifications regarding their solutions, particularly focusing on interoperability and compliance with military standards. For inquiries, contact Eric Polk at eric.w.polk3.civ@army.mil or Lonny J. Matesky at lonny.j.matesky.civ@army.mil.
    Contractor Technical Assistance of ARC-220(V)2 High Frequency (HF) Radio RT-1749 Foreign Military Sales (FMS)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command, is seeking sources for Contractor Technical Assistance related to the ARC-220(V)2 High Frequency Radio RT-1749 for Foreign Military Sales (FMS) to Canada. The procurement aims to identify vendors capable of providing technical advisement, support for airworthiness, maintenance manual provision, and remote assistance over a five-year period, with an estimated workload of 100 hours per year. This initiative is crucial for ensuring the operational readiness and technical support of military communications equipment utilized by allied forces. Interested parties must submit their responses, including company information and a Rough Order of Magnitude (ROM) pricing estimate, by October 31, 2024, to the designated contacts, Charrissa Stancell and Aqua M. Jefferson, via email.
    L3 Harris T7 Multi-Mission Robotic system (T7) Platform
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking proposals for a five-year firm-fixed-price contract to supply parts and services for the T7 Multi-Mission Robotic System Platform. The primary objective of this procurement is to ensure the operational readiness of the T7 platform through the provision of essential spare parts, repair, maintenance, and technical support services, specifically for the Robot Logistics Support Center (RLSC). This contract is critical for maintaining the performance and reliability of robotic systems utilized in defense operations, emphasizing the importance of high-quality components and support structures. Proposals are due by October 10, 2024, and interested vendors should contact Katherine Klein at katherine.d.klein2.civ@army.mil or Maj. Safiul Alam at safiul.m.alam.mil@army.mil for further details.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    HR-B-UCF Sources Sought for VesseLINK System for Foreign Military Sales (FMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command, is conducting market research through a Sources Sought notice for the VesseLINK System intended for Foreign Military Sales (FMS) to Croatia. The objective is to identify potential sources capable of delivering a system that operates using Iridium Certus 700 broadband services, with interested companies required to provide details on their capabilities, pricing estimates, and availability. This procurement is crucial for enhancing communication capabilities for military operations, and all responses must be submitted by October 26, 2024, at 4:00 PM EDT to Naomi Hooks at naomi.hooks2.civ@army.mil. Please note that this notice is for market research purposes only and does not constitute a solicitation for proposals or a commitment to award contracts.
    Antenna
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 424 antennas, specifically NSN 5985-01-675-0082, under a presolicitation notice. The procurement is categorized under Other Than Full and Open Competition, with approved sources including L3Harris Technologies, and the government requires delivery within 233 days to a stock location in Tracy, CA. This solicitation, which will be available around September 27, 2024, emphasizes the importance of price, delivery, past performance, and socioeconomic factors in the evaluation process. Interested parties should contact Christopher Wallace at Christopher.Wallace@dla.mil or call 614-692-6151 for further details.
    Shelter Mobile System
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is conducting a Sources Sought Notice to identify potential sources for the manufacture of a Shelter Mobile System, associated with national stock number 8145-01-499-0718. Interested contractors are required to submit a complete technical data package, including original manufacturer’s drawings, as part of the market research process, although the government does not possess these proprietary drawings. This procurement is crucial for ensuring the availability of specialized shipping and storage containers, with an estimated annual quantity of 75 units. Interested parties should reach out to Avril Dickerson at Avril.Dickerson@dla.mil or 215-737-8275 before October 9, 2024, to express their interest and obtain further details.
    81--SHELTER,MOBILE SYS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of mobile shelter systems, specifically NSN 8145014990722. The requirement includes two units to be delivered to the 0160 AV HQ HHC Special Operations and twenty-two units for the 0082 CS BN CO A Distribution, with delivery expected within ten days after order. These mobile shelters are critical for operational readiness and support in various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Project Management Office, Aircraft Survivability Equipment (PMO ASE), AN/AAR-57(V) Common Missile Warning System (CMWS) and Foreign Military Sales (FMS) Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command—Redstone Arsenal (ACC-RSA), is conducting market research to identify organizations capable of supporting the AN/AAR-57(V) Common Missile Warning System (CMWS) and related Foreign Military Sales (FMS) services. The procurement aims to secure engineering studies, advanced infrared missile jam code development, logistics, system integration, installation, and testing support for approximately 2,400 fielded CMWS units over a five-year period. This initiative is crucial for maintaining the operational integrity of the CMWS systems integrated into various Department of Defense rotary wing aircraft. Interested parties must submit a capabilities statement by October 10, 2024, to the designated contacts, James Lightfoot and Robin W. Easter, via email, as this notice serves solely for market research and does not constitute a formal solicitation.
    Synopsis of Notice of Intent to Sole Source Contract, Army National Guard (ARNG) Mission Command Training Support Program (MCTSP)
    Active
    Dept Of Defense
    The Department of Defense, through the Army National Guard, intends to award a sole source contract to Valiant Integrated Services LLC for the Mission Command Training Support Program (MCTSP) Mission Training Complex Capabilities Support (MTCCS) effort. This contract, valued as a Firm Fixed-Price Bridge Contract, will ensure the continuation of mission command training services at six training complexes across various states, following the expiration of the current task order on October 21, 2024. The award is critical to maintaining uninterrupted training operations, as no other contractor can provide the necessary expertise and resources within the required timeframe. Interested firms must express their interest and capability by October 11, 2024, and should contact Adrianna Frederick at adrianna.s.frederick.civ@army.mil or Daniel J. Steinhauer at daniel.j.steinhauer.civ@army.mil for further details.